Idaho Bids > Bid Detail

SSCC Iberia Road Construction

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159993043516012
Posted Date: Apr 18, 2023
Due Date:
Solicitation No: 12363N23Q4063
Source: https://sam.gov/opp/bb6f3185b9...
Follow
SSCC Iberia Road Construction
Active
Contract Opportunity
Notice ID
12363N23Q4063
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2023 01:02 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: May 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1LB - MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Donnelly , ID 83615
    USA
Description

Scope of Contract. The Iberia Road Construction contract shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. The project area is located within the Middle Fork Weiser EIS area (NEPA) which is within the larger Weiser/Little Salmon Headwaters – Collaborative Forest Landscape Restoration Program Area. Stewardship funds are being used to accomplish watershed restoration objectives while supporting the local economy.



Description of Work: this project requires construction of one section of road, 0.27 miles in length, on the Council Ranger District of the Payette National Forest. The work consists of 1) staking new road sections (slope, reference, and clearing/grubbing), 2) constructing road and 3) transporting/installing Government-furnished prefabricated bridge superstructure. Payment will only be made for the items listed on the Schedule of Items; all other work is incidental.



Contractor shall stake and construct the road in accordance with the plans and worklist to be provided with the solicitation. Contractor shall construct MSE wall abutments with the use of welded wire wall materials, according to the plans, for the temporary bridge superstructure at the location provided in the worklist. Hilfiker Retaining Walls Company shall supply materials for mechanically stabilized earth walls. Other manufacturers of welded wire faced MSE walls, may be accepted if approved equal.



Contractor shall transport the 40 ft. temporary bridge superstructure from U.S. Forest Service Thorn Creek storage facility to the Iberia project location on National Forest System Road 50562. Contractor is to install temporary bridge superstructure according to the drawings. Contractor shall give COR 36 hrs. notice prior to bridge transport.



All work shall be performed in compliance with the specifications, drawings and terms/conditions. This includes furnishing all labor, equipment, supervision, transportation, operating supplies, and incidentals except those designated as Government Furnished to complete the work.



Project Location: Council Ranger District.



From Council: Drive South on Highway 95 (5 miles). Turn onto Middle Fork of the Weiser Road. Drive about 15 miles to Forest Road 50206. Turn right. Drive about 0.5 miles. Left hand side of road. Orange flagging (if it made it through the winter).



Middle Fork of Weiser Road is plowed approximately 7.5 miles from its junction with Highway 95. Currently, it is possible to drive approximately 13 miles from the highway.



From Donnelly: Turn West onto E Roseberry Rd. Turn right onto West Mountain road. Turn Left onto Road 50186 (Middle Fork of the Weiser Road). In about 8.5 miles turn left onto 50206. Drive about 0.5 miles. Left hand side of road. Orange flagging (if it made it through the winter).



The Middle Fork of the Weiser Road (connects Donnelly to Council through Forest) is a groomed snowmobile route. Because of this fact, access to the project site from Donnelly via passenger vehicle is currently limited.



See Vicinity Map and Avenza compatible map. A Google Earth link provided can be provided upon request.



Pre-Bid Tour. At this time, no organized site visit is planned for this project; however, site imagery of the site of new road construction has been supplied. Direct technical questions to project COR – Will Perry at the 208-634-0767 (office), 208-630-3954 (cell) or email william.perry@usda.gov.



Estimated price range per FAR 36.204(d): $25,000 and $100,000.



It is anticipated that the full solicitation with complete technical specifications and drawings shall be issued in mid-April. Construction work shall commence approximately June 1, 2023; all work shall be completed by August 15, 2023.



Bonding: Alternative Payment Protection for 100% of the contract price shall be provided within 10 days of award so long as the total contract value is equal to or less than $150,000. Bid Bonds are required if the total value of the quote exceeds $150,000. If the total value of the awarded contract exceeds $150,000, Payment and Performance Bonds shall be required.


Attachments/Links
Contact Information
Contracting Office Address
  • 1400 Independence AVE SW MS-1138
  • Washington , DC 202501138
  • USA
Primary Point of Contact
  • Karen Ruklic, Contract Specialist
  • karen.ruklic@usda.gov
  • Phone Number 208-702-3519; contact via email is preferred
  • Fax Number none
Secondary Point of Contact
History
  • Apr 18, 2023 01:02 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >